3To:
Via:
From:
Cc:
DATE:
SUBJECT:
BACKGROUND:
EXPENSE:
FUND&
ACCOUNT:
ATTACHMENTS:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
Lorenzo Woodley, Director
Parks and Recreation Department
Quentin Pough, Assistant Director
Parks and Recreation Department
South Miami
bOd
AIl-America CI\y
l11H'
2001
March 18,2014 Agenda Item No.:---.!!l!=--_
A Resolution authorizing the City Manager to approve a change
order for the construction of a playground structure at Marshall
Williamson Park under the contract with Advanced Recreational
Concepts, LLC.
During excavation for the installation of a new playground structure, located
at Marshall Williamson Park, a utility conflict was discovered despite being
informed to the contrary by Sunshine. The location of the foundation for the
playground structure does not clear the location of the existing utilities. The
City was not able to obtain a location/distance waiver from Miami-Dade
County Water and Sewer Department in order to build in a platted utility
easement.
This change order, pending County approval, will address the cost to
relocate the playground structure foundation to avoid a utility conflict, and
supply, delivery and installation of a border and access ramp.
Amount not to exceed $6,980.00
Pending County approval, the expenditure shall be charged from CDBG
funds account number 120-3304-572-6550 (Marshall Williamson
Construction), which has a balance of $24,700.
Resolution
Change Order
Site Plan (preliminary)
Resolution 93-13-1391 I
Advanced Recreational Concepts Proposal (original)
1
2
3
4
5
6
7
8
9
10
11
12
l3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
RESOLUTION NO.: ________ _
A Resolution authorizing the City Manager to approve a change order for the construction of a
playground structure at Marshall Williamson Park under the contract with Advanced Recreational
Concepts, LLC.
WHEREAS, the playground renovation project is funded in full by CDBG grants; and,
WHEREAS, pursuant to unforeseen circumstances, a change order has been requested by the
contractor, Advanced Recreational Concepts, LLC., and the change order is necessary to continue with
construction of a playground structure; and,
WHEREAS, the City's Parks and Recreation Department has determined that $6,980.00 is a reasonable
price for the performance of the extra work necessitated by the discovery of the underground facility; and,
WHEREAS, the Mayor and City Commission wishes to provide a change order in the amount of
$6,980.00; and,
WHEREAS, the work shall consist of construction services to relocate a playground structure
foundation to avoid a utility conflict and supply, delivery and installation of a boarder and access ramp for a total
amount not to exceed $6,980.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section I. The City Manager is hereby authorized to approve a change order with Advanced
Recreational Concepts, LLC for the construction of a playground structure at Marshall Williamson Park for a total
amount not to exceed $6,980.
Section 2. The expenditure shall be charged to the Marshall Williamson Construction account
number 120-3304-572-6550 which has a balance of $24,700 before this request was made.
Section 3. Severability. If any section clause, sentence, or phrase of this resolution is for any reason
held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the
remaining portions of this resolution.
Section 4. Effective Date. This resolution shall become effective immediately upon adoption by vote
of the City Commission.
PASSED AND ADOPTED this __ day of ______ , 2014.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY ATTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Edmond:
Commissioner Liebman:
Commissioner Welsh:
Advanced Recreational Concepts, LLC
Melbourne, FL 32934
Toll Free -1-866-957-2355/Toll Free Fax -1-866-957-2356
Prepared For Quentin Pough
Organization City of South Miami -City Hall
6130 Sunset Dr.
South Miami, FL 33143
Proposal
Date
Quotation #
Prepared By
3/5/2014
15017
Allen Cooke -ZK
Payment Terms Net 30
Prices Valid Until 3/30/2014 Customer Phone
Customer Fax Project Name PLAYGROUND CHANGE ORDER
County Miami Dade
Ship To Marshall Williamson Park
6125 SW 68th St.
South Miami, FL 33149
Product 10 Description
5-12 PLAYGROUND TO BE RELOCATED BECAUSE OF CONFLICT WITH
WATER MAIN
Site Site Preparation to Include Removing 8" of Fill from the New Area to
Preparation Level the Site -Approx. 1800 sq. ft.
DISTRIBUTION OF FILL ON SITE WITHIN (50) YARDS
APS-Border Action Play Systems 12" Playground Border with (1) Spike
APS-ADAFuIiR Action Play Systems Full ADA Ramp
amp
Freight Freight Charges
THIS IS AN ESTIMATE ONLY. Due to the volatile nature of the
transportation industry, freight charges may be re-quoted at the time
of order.
Remobilizatio Remobilization to Site
n
Installation Installation of Above Noted Borders and Ramp
Installation Additional Installation Costs Caused Due to Relocation and Duplicate
Digging and Layout
Rental Rental Equipment to Dig Through Hard Rock Surface
Equipment
Filter Fabric Supply, Delivery, Installation of Filter Fabric to Cover an Area of 1803
sq. ft.
CREDIT FOR PREVIOUSLY PURCHASED AREA OF 2800 SQ. FT.
Wood Mulch Supply, Delivery and Installation of ADA Wood Mulch to Cover an Area
of 90 cu. yds. at a Depth of 12"
CREDIT FOR PREVIOUSLY PURCHASED AREA OF 145 CU. YDS.
Qty Price
1 4,050.00
42 27.50
1 695.00
1 650.00
1 975.00
1 1,500.00
1 1,500.00
1 1,500.00
1 -402.50
1 -3,025.00
Subtotal
Sales Tax (0.0%)
Total
Total
4,050.00T
l,155.00T
695.00T
650.00
O.OOT
975.00T
l,500.00T
l,500.00T
l,500.00T
-402.50T
-3,025.00T
Signature ______ _ Print Name/Title ________ _ Date ___ _ P.O.# ____ _
Upon acceptance of this proposal please sign ab9Ycr ~qd initial the 'ARC Site Preparation Check List' and
the 'ARC General Terms and Conditions' exhibit~ attached. Please return initialed copies to ARC.
Advanced Recreational Concepts, LLC
Melbourne, FL 32934
Toll Free -1-866-957-2355/Toll Free Fax -1-866-957-2356
Proposal
Prepared For Quentin Pough
Organization City of South Miami -City Hall
6130 Sunset Dr.
South Miami, FL 33143
Customer Phone
Customer Fax
County Miami Dade
Ship To Marshall Williamson Park
6125 SW 68th St.
South Miami, FL 33149
Product 10
DISCOUNT DISCOUNT ON PROPOSAL
Description
Date 3/5/2014
Quotation # 15017
Prepared By Allen Cooke -ZK
Payment Terms Net 30
Prices Valid Until 3/30/2014
Project Name PLAYGROUND CHANGE ORDER
Qty Price
1 -1,617.50
Subtotal
Sales Tax (0.0%)
Total
Total
-1,617.50T
$6,980.00
$0.00
$6,980.00
Signature ______ _ Print Name/Title ________ _ Date ___ _ P.o.# ____ _
Upon acceptance of this proposal please sign ab9Y! ~~d initial the 'ARC Site Preparation Check list' and
the 'ARC General Terms and Conditions' exhibit~ attached. Please return initialed copies to ARC.
ADA ACCESSIBILITY GUIDELINE -ADAAG CONFORMANCE:
CUSTOM ROUND-3.5 HYBRID MODULAR PLAYSYSTEM wI Aluminum Posts
Site Plan (Preliminary)
THIS DESIGN WILL MEET ADMG AND ASTM F 1487-10 REQUIREMENTS FOR ACCESS WITH
THE ADDITION OF 0 GROUND LEVEL EVENTS (0 TYPES) WHEN PROPERLY INSTALLED OVER
ACCESSIBLE SURFACING.
ELEVATED ACCESSIBLE RAMP ACCESSIBLE GROUND TYPES
8 8/4 010 6/3 3/3
ESTIMATED AREA SQUARE FOOTAGE:
ESTIMATED LENGTH OF PERIMETER:
ESTIMATED NUMBER OF BORDER TIMBERS:
1803 SQ. FT.
169 FT.
41
I 48' 0" I
bP-'" 54' -10" /:-~
/'
I
!
-~ /'
/
---
~~-6 ~-......--
MINIMUM
SLIDE
ZONE /
FOR KIDS
AGES
5-12
'-\ 24'-6"
\.
"
" '---I
6 FT
MINIMUM /
\ ",
/' USE /
__ ~ "-ZONE -_/'
55'-O.~~
GENERAL NOTES:
THE SITE PLAN SHOWN IS BASED ON MEASUREMENTS THAT WERE PROVIDED TO KRAUSS CRAFT, INC. AT THE TIME OF THE PROPOSAL REQUEST. ALL DIMENSIONS MUST BE VERIFIED PRIOR TO THE SUBMISSION OF A PURCHASE ORDER.
KRAUSS CRAFT, INC. WILL NOT BE RESPONSIBLE FOR ANY DISCREPANCIES BETWEEN ACTUAL DIMENSIONS AND DIMENSIONS SUBMITTED ON A PROPOSAL REQUEST.
THE MINIMUM USE ZONE FOR THE PLAY STRUCTURE IS BASED ON THE PRODUCT DESIGN AT THE TIME OF THE PROPOSAL. COMPONENTS AND STRUCTURE DESIGN MAY BE SUBJECT TO CHANGE WHICH MAY AFFECT DIMENSIONS. THEREFORE,
BEFORE PREPARING SITE, WE STRONGLY RECOMMEND OBTAINING FINAL DRAWINGS FROM THE FACTORY (AVAILABLE AFTER THE ORDER IS PLACED AND INCLUDED IN THE ASSEMBLY MANUAL).
• WARNING: ACCESSIBLE SAFETY SURFACING MATERIAL IS REQUIRED BENEATH AND AROUND THIS EQUIPMENT THAT HAS A CRITICAL HEIGHT VALUE (FALL HEIGHT) APPROPRIATE FOR THE HIGHEST ACCESSIBLE PART OF THIS EQUIPMENT.
REFER TO THE CPSC'S HANDBOOK FOR PUBLIC PLAYGROUND SAFETY, SECTION 4: SURFACING.
PR#: B6600A
Date: 02/26/14
Drawn By: JTW
MARSHALL WILLIAMSON PARK 5-12
Advanced Recreational Concepts
Scale: 3/32" = 1 '-0" tIIPs LyAsYGT REAMFST
"-Ial"tuf.a.ctured by Krauss Ctaft, Inc.
W\vw. play:;;r.a ns)"sten"s CQm
RESOLUTION NO. 93-13-13911
RESOLUTION NO. 93-13-13911
A Resolution authorizing the City Manager to execute FY 2013 Community
Development Block Grant agreement with Miami-Dade County Public
Housing and Community Development (PH CD) for the Marshall Williamson
Park Improvements Project in the amount of $115,000.
WHEREAS, the Mayor and City Commission desire to accept the grant from Miami-
Dade County administered by and through its Department of Public Housing and Community
Development (PHCD); and
WHEREAS, the Agreement will provide funding for much needed park improvements at
Marshall Williamson Park; and
WHEREAS, the Agreement will provide funding for the demolition of three
playgrounds, installation of two playgrounds, installation of a basketball half-court, park
amenities, tree canopy and repair of sidewalks at Marshall Williamson Park; and
WHEREAS, the Agreement requires matched funding in the amount of $85,778.00 for
construction of bathroom facilities funded by the SMCRA and;
WHEREAS, the grant period begins on January 1, 2013 and ends on December 31,
2013.
WHEREAS, the Mayor and City Commissioners desire to have the City Manager
execute the grant agreement in an amount of $115,000;
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY
... 73 ·~"!t'I·N'lII~~Ir,I(f m:")'n! rrl'f rn t ~~fI'I'rfltlIXltll,r~~lflnXI'ft~l~·· ... r ...... .
Section 1: The City Manager is hereby authorized to execute the grant agreement with
Miami-Dade County Department of Public Housing and Community Development (PHCD) for
the Marshall Williamson Park Improvements Project in the amount of $115,000. The grant
agreement is attached to this resolution.
Section 2: This resolution shall be effective immediately after the adoption hereof.
Section 3. Severability. If any section clause, sentence, or phrase of this resolution is for
any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall
not affect the validity of the remaining portions of this resolution.
Section 4. Effective Date. This resolution shall become effective immediately upon
adoption by vote of the City Commission.
Res. No. 93-13-13911
PASSED AND ADOPTED this 7th, day of May ,2013.
ATTEST: APPROVED:
;lL/i lllv:f:W
MAY R
COMMISSION VOTE: 5-0
Mayor Stoddard: Yea
Vice Mayor Liebman: Yea
Commissioner Harris: Yea
Commissioner Newman: Yea
Commissioner Welsh: Yea
. j ..
2
Advanced Recreational Concepts Proposal
City of South Miami
Request for Proposal for
Playground Equipment for
Marshall Williamson Park
6 1 2S SW 68 Street
South Miami, FL 33143
RFP #PR20 13-08
Submittal Due Date: Friday, August 30, 2013
CITY COMMISSION
Mayor:
Vice Mayor:
Commissioner:
Commissioner:
Commissioner:
CHARTERED OFFICIALS
City Manager:
City Attorney:
City Cleric
Philip K. Stoddard, PhD
Josh Liebman
Valerie Newman
Walter Harris
Bob Welsh
Steven Alexander
Thomas Pepe, Esq.
Maria M. Menendez, CMC
Capital Improvement Project Manager:
Jorge I. Vera
Capital Improvements Program City of South Miami
"Excellence, Integrity and Inclusion"
{) Thomas F. Pepe, 2011·2013. All rights rcscrved.
7/11/13113
Page I of 72
South Miami ,,"0.-
iiiii'
21101
CITY OF SOUTH MIAMI
Playground Equipment for Marshall Williamson Park
RFP #PR2013·08
The City of South Miami. Florida, hereinafter referred to as "CSM", through its chief executive officer (City
Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request
for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposals") to
"City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless
otherwise specifically defined.
The City is hereby requesting sealed proposals in response to this RFP #PR20 13·08 titled "Playground
Equipment for Marshall Williamson Park." The site is located at 6125 SW 68 Street, South Miami, FI 33143.
The purpose of this RFP is to contract the services necessary for the complete the installation and construction of
the proposed playground equipment in accordance with the "Scope of Services." The project is funded through a
federal grant, Community Development Block Grant, (CDBG) through Miami-Dade County. Proposers must
comply with the CDBG requirements. See "Attachment A To Bid Package."
Interested persons who wish to respond to this RFP can obtain the complete RFP package at the City Clerk's
office Monday through Friday from 9:00 A.M. to 4:00 P.M. or by accessing the following webpage:
http://www.southmiamifl.gov which is the City of South Miami's web address for solicitation information.
Proposals are subject to the Standard Terms and Conditions contained in the complete RFP Package, including all
documents listed in the RFP Table of Contents.
The Proposal Package shall consist of one (I) original unbound proposal, four (4) additional copies and one (I)
digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the
Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The
entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope
Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal
is delivered: the title of this RFP, as follows "Playground Equipment for Marshall Williamson Park" RFP
# PR20 13·08 and the name of the Proposer (also referred to as "Respondent"). Special envelopes such as those
provided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on
the front or back of the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail
or hand delivery, no later than 10 A.M. local time on Friday, August 30, 2013. A pUblic opening will take
place at 10 A.M. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive,
South Miami 33 143. Any Proposal received after 10 A.M. local time on said date will not be accepted under any
circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person
submitting the proposal and in favor of the Clerk's receipt stamp.
A Mandatory Pre.Proposal Meeting will be conducted at City Hall in the Commission Chambers at
6130 Sunset Drive, South Miami, FI 33143 on Monday, August 19, 2013 at 10:00 A.M. The conference
shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this
letter as well as to those provisions, terms, conditions, affidavits and documents contained in this RFP Package.
The City reserves the right to award the Project to the person with the lowest, most responsive, responsible
Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all
proposals, and the right of the City to waive any irregularity in the Proposals or RFP procedure and subject also to
the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than
to one who provided the lowest Proposal Price.
g Thomas F. Perc, 2011-2013. All rights reserved
7/11/13/13
Maria M. Menendez, CMC
City Clerk
Page 2 of 72
SCOPE OF SERVICES
Marshall Williamson Park
6125 SW 68 Street
South Miami, FL 33143
The City of South Miami desires to purchase two (2) age appropriate playground equipment structures;
One structure for ages 5 -12, the other for ages 2 -5. The proposer will be required to provide
sufficient documentation to define the terms being provided in the scope of work. Such documentation
may include. but not limited to, vendor catalog sheets, general data sheets, drawings and sketches or
specification and warranty information. Proposers shall include either pictures or 3-dimensional
drawings of what is being proposed.
I. Site Specifications:
a. Ages 5 -12: The area is approximately 30' X 40' and shall include the following
minimum requirements:
Composite Structure: (Note: Wood Structure is not permitted.)
I. Recommended for ages 5 -12.
2. Child capacity of 25 or more.
3. At least two (2) slides.
4. One (I) Challenge Ladder.
5. A Crawl Tunnel.
6. Spider Net Climber.
7. Arch Climber.
8. ADA Sky Climber.
9. Two (2) or more Toppers.
10. Approximately 5 -7 play elements.
I I. Swirl Pole.
12. 5 ft Climb Rope.
13. 15 ft Board Walk.
14. Wheelchair Accessible.
b. Ages 2 -5: The area is approximately 30' X 30' and shall include the folloWing
minimum requirements:
i. Composite Structure: (Note: Wood Structure is not permitted.)
I. Recommended for ages 2 -5.
2. Child capacity of 15 -20.
3. A least two (2) slides.
4. A minimum of two (2) toppers.
5. One Canopy.
6. Three-step climbing ladder.
7. Approximately 2 -4 play elements.
8. Sand Box.
9. Alphabet Blocks.
10. Wheelchair Accessible.
C' TllOmas F Pepc. 2011-201.1. All rights rescrvcd.
7/11113113
Page 3 of 72
II. Border Material/Site Locatioo~:
III. Warranty:
I. Sufficient border is required to encompass the use zone of the
composite structure.
2. The two (2) locations currently include playground equipment. The
awarded vendor will be required to remove and dispose of the
structures and prepare the areas for the new playground equipment.
3. Manufacturer of the equipment quoted shall be ISO 900 I certified and
the designer and factory installer must be certified by the National
Playground Safety Institute. All equipment provided must. at a
minimum, meet the following standards:
(I. ADA-American with Disabilities Act
b. ASTM -The American Society for Testing Materials
c. IPEMA The International Playground Equipment
Manufacturers Association.
4. The awarded vendor will be required to obtain any permits required;
however the City will waive all City permit fees. Permits that may be
required by other agencies will be the responsibility of the awarded
vendor, including applicable fees.
5. The awarded vendor will prep the site locations for the installation of
the proposed playground equipment and provide concrete, mulch or
any type of safety surface required.
a. The standard manufacturer's warranty information must be provided in writing for all
equipment being proposed, including installation by an authorized dealer.
IV. Project Funding:
a. This project is funded through a federal grant, Community Development Block Grant,
(CDBG.) through Miami-Dade County. Proposers must comply with CDGC
requirements. Refer to "Attachment A To Bid Package."
v. Boundary Survey:
a. A Boundary Survey depicting the park is included with the RFP. Refer to
"Attachment B Boundary Survey, Marshall Williamson Park"
{) Thomus f. Perc. 2011·201]. All rights rcscned.
7/11113113
END OF SECTION
Page 4 of 72
Advanced Recreational Concepts, LLC
Melbourne, FL 32934
Toll Free -1-866-957-2355/Toll Free Fax -1-866-957-2356
Prepared For City Clerk
Organization City of South Miami -City Hall
6130 Sunset Dr.
Proposal
Date
Quotation II
Prepared By
8/28/2013
14014
Allen Cooke -ZK
Customer Phone
Customer Fax
South Miami, FL 33143 Payment Terms Net 30
Prices Valid Until 9/27/2013
Project Name RFP tlPR2013-08
County Miami Dade
Ship To Marshall Williamson Park
6125 SW 68th St.
South Miami, FL 33143
Product 10 Description
Removal and Removal and Disposal of Playground Equipment, Rubber Mulch, EPDM
Disposal and Correlating Concrete
-PRICING INCLUDES ORANGE FENCING AROUND SITE
• CONCRETE CURBING TO REMAIN AS BORDER SYSTEM
5-12 PLAY STRUCTURES
B6600A Playcraft Systems Custom Round 3.5" Hybrid Play System
PC-2475 Playcraft Systems Stand N Spin
2-5 PLAY STRUCTURES
41F3DA Playcraft Systems Custom Round 3.5" Play System
Freight Freight Charges
THIS IS AN ESTIMATE ONLY. Due to the volatile nature of the
transportation industry, freight charges may be re-quoted at the time
of order.
Installation Installation of Above Noted Play Structures
Filter Fabric Supply, Delivery and Installation of Filter Fabric to Cover an Area of
4850 sq. ft.
Wood Mulch Supply, Delivery and Installation of ADA Wood Mulch to Cover an Area
of 245 cu. yds. at a Depth of 12"
Plans Florida Signed and Sealed Playground Drawings
Qty
1
1
1
1
1
1
1
1
1
Price
8,500.00
27,257.00
1,185.00
13,133.00
4,725.00
16,000.00
1,942.50
13,475.00
500.00
Subtotal
Sales Tax (0.0%)
Total
Total
8,500.00
27,257.00T
1,185.00T
13,133.00T
4,725.00
o.oOT
16,OOO.00T
1,942.50T
13,475.00T
500.00T
Slgnature ______ _ Print Name/Title ________ _ Date ____ _ P.O.II ____ _
Upon acceptance of this proposal please sign abo~eg~~d initial the 'ARC Site Preparation Check List' and
the 'ARC General Terms and Conditions' exhibits attached. Please return initialed copies to ARC.
Advanced Recreational Concepts, LLC
Melbourne, FL 32934
Toll Free ·1-866·957-23SS/Toll Free Fax -1-866-957-2356
Proposal
Prepared For City Clerk Date 8/28/2013
Quotation It 14014 Organization City of South Miami -City Hall
6130 Sunset Dr. Prepared By Allen Cooke -ZK
South Miami, FL 33143 Payment Terms Net 30
Customer Phone
Customer Fax
Prices Valid Until 9/27/2013
Project Name RFP ItPR2013-08
County Miami Dade
Ship To Marshall Williamson Park
6125 SW 68th St.
South Miami, Fl 33143
Product 10 Description
Permit Permitting and administration -Note that this includes submission of
documentation either specified and included in this proposal, such as
engineered drawings or provided by the owner· should any additional
testings or documentation be required -such as soil bearings, site
drawings or surveys and so forth, costs associated with them will be
the responsibility of the owner.
PERMIT FEES TO BE WAIVED BY CITY
DISCOUNT DISCOUNT ON ENTIRE PROPOSAL
Bond 100% Payment and Performance Bond -$80,550.00 Contract Value
Qty
1
1
1
Price
250.00
-6,417.50
2,450.00
Subtotal
Sales Tax (0.0%)
Total
Total
250.00
-6,417.50T
2,4S0.00T
$83,000.00
$0.00
$83,000.00
Signature ______ _ Print Name/Title ________ _ Oate ____ _ P.O.II ____ _
Upon acceptance of this proposal please sign abo~9g~~d initial the 'ARC Site Preparation Check List' and
the 'ARC General Terms and Conditions' exhibits attached. Please return initialed copies to ARC.